USARPAC: Indo-Pacific Partners (IP2) Land Mobile Radio (LMR) Sustainment Service
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Pacific (USARPAC), through the 413th Contracting Support Brigade, Regional Contracting Office - Hawaii, intends to award a sole-source, firm-fixed-price contract to Motorola Solutions Inc. for Indo-Pacific Partners (IP2) Land Mobile Radio (LMR) Sustainment Service. This solicitation, RFP Number W912CN-26-R-A009, is issued under the authority of FAR 6.103-1, citing only one responsible source. Proposals are due by May 20, 2026, at 12:00 PM HST.
Scope of Work
This requirement is for sustainment services for the IP2 LMR ASTRO 25 – 7.17.3v system across Hawaii, mainland Japan, Okinawa, and the Republic of Korea. Services include, but are not limited to:
- System administration
- Radio programming
- Preventative maintenance
- Corrective maintenance and repair
- Cybersecurity support
Contract & Timeline
- Type: Sole-Source, Firm-Fixed-Price Contract
- RFP Number: W912CN-26-R-A009
- Set-Aside: None (Sole-Source)
- Proposal Due: May 20, 2026, 12:00 PM HST (extended by Amendment 0002)
- Published: May 7, 2026 (Amendment 0002)
- Agency: Department of the Army, 413th Contracting Support Brigade
- Product Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)
Evaluation
This acquisition is being conducted as a sole-source award to Motorola Solutions Inc., as documented in the approved Justification and Approval (J&A) Control Number 25-15, dated January 14, 2026.
Additional Notes
Amendment 0002, dated May 6, 2026, extended the RFP due date and revised the Performance Work Statement (PWS) and CLIN-SLIN structure based on responses to MSI queries. Offerors should review Attachment 001 – Solicitation - SF1449_W912CN26RA009 for full requirements and terms.